Sovereign Network Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework for Creative Agency and Design Services |
Notice type: | Contract Notice |
Authority: | Sovereign Network Homes |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | NH is looking to appoint up to five (5) suppliers to the Creative Agency Framework to provide creative and design marketing services to facilitate off plan sales of shared ownership and private sale homes for NH for the next 4 years. This will vary from off plan through to completion. Because the framework will be accessible to other social housing organisations, the places of performance may vary from those listed. |
Published: | 17/06/2019 15:13 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
Tel. +44 208078204854, Email: Tenders@networkhomes.org.uk
Contact: Linda Lally
Main Address: https://www.networkhomes.org.uk/
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Design-consultancy-services./88WS9B3T8Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework for Creative Agency and Design Services
Reference Number: Not provided
II.1.2) Main CPV Code:
79415200 - Design consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: NH is looking to appoint up to five (5) suppliers to the Creative Agency Framework to provide creative and design marketing services to facilitate off plan sales of shared ownership and private sale homes for NH for the next 4 years. This will vary from off plan through to completion.
Because the framework will be accessible to other social housing organisations, the places of performance may vary from those listed.
II.1.5) Estimated total value:
Value excluding VAT: 1,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: To provide creative services to facilitate off plan sales of Shared Ownership and private sale homes.
The requirement is to provide a full design service across all types of project. The scope of work required includes, but is not limited to:
•creative direction and project management
•naming and branding of developments/ properties
•a unique, innovative design that ensures our properties stand out
•developing design concepts suitable across all media channels
•developing brand propositions, inclusive of relevant research
•designing brand identity
•defining brand values
•developing/producing multi-channel brand guidelines
•typesetting, proofing and pagination
•liaison with printers/print managers
Because the framework will be accessible to other social housing organisations, the places of performance may vary from those listed.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4ZA567RY5M
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/07/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 5
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: Network Homes is one of England’s leading housing associations with over 40 years experience of developingand managing affordable homes to rent and buy. We believe that having a good home makes everythingpossible.
We own and manage over 20 000 homes across London and the South East, and work on the principle that wecan and must do everything possible to meet the housing crisis. We aim to build around 1 000 homes a yearacross all tenures and we are working to achieve overall customer satisfaction of 90 %.
Network Homes prides itself on being a strong developer with an excellent reputation – we are one ofjust 7 housing associations in the country with “trusted partner” status from the Government’s Homes andCommunities Agency.
We are a valued partner of public and private sector alike – from local authorities to top flight developers – andour passion for innovative design is reflected in the leading architects we commission.
Working with high calibre firms means we can not only create inspiring places to live, but exceed our customers’expectations too. Our expertise in regeneration is in high demand and we are currently leading on 4 majorprojects involving over 2 000 homes. We have won 12 major development and customer service awards in thelast 2 years.
We build, sell, rent and manage quality homes in thriving communities — we give people the key to all thepossibilities that come with a good home.
Other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. “Social Housing Provider” for this purpose means any provider of social housing and includes registered providers (as listed on the Gov.UK Website: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing), and may include local authorities and ALMO's. Applicants should note that, under the Framework Agreement, no organisation that is entitled to call-off shall be under any obligation to do so neither does the social housing provider in question have the automatic right to do so without direct permission from Network Homes Ltd.
Where other “Social Housing Providers” call-off contracts under this Framework Agreement, the value of the framework stipulated in II.2.6) may increase over its 4 year duration.
The estimated value of the framework is 1 400 000 GBP.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Design-consultancy-services./88WS9B3T8Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/88WS9B3T8Z
VI.4) Procedures for review
VI.4.1) Review body:
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
Tel. +44 208078204312
VI.4.2) Body responsible for mediation procedures:
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
Tel. +44 2087824312
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/06/2019
Annex A